SOLICITATION NOTICE
B -- SIGNAL-TO-NOISE ENHANCEMENT PROGRAM
- Notice Date
- 7/28/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- Reference-Number-F1S3AA6180A100
- Response Due
- 8/11/2006
- Archive Date
- 8/26/2006
- Point of Contact
- Chantel Pee, Procurement Technician, Phone 661-277-8592, Fax 661-275-9628,
- E-Mail Address
-
chantel.pee@edwards.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 95th Contracting Squadron (95 CONS), Edwards AFB intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, to Integrated Engineering Concepts Inc, 5674 Richmond Rd. P.O Box 339, Warsaw, Val 22572. This acquisition is a small business set aside. The SIC Code is 5820. NAICS Code is 541330. The following Line item will be procured: 1: Baseline Noise Survey. The contractor shall provide all labor required to perform the study in accordance with the attached performance work statement. 2: Baseline Noise System to include all necessary components required to deliver survey product 3: Baseline Noise Survey. Travel IAW JTR. P/N JTR-TVL There are no solicitation documents, however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. In addition, the response should include Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items in accordance to FAR 52.212-3. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 4:00 p.m., Pacific Standard Time, 11 Aug 2006. Responses should be submitted to: 95th Contracting Squadron/95 CONS/PKC (James G. Williams), 5 South Wolfe Avenue, Building 2800, Edwards AFB CA 93524-1185, Fax: (661) 275-9628. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored. AIR FORCE FLIGHT TEST CENTER (AFFTC) PERFORMANCE WORK STATEMENT FOR SIGNAL TO NOISE ENHANCEMENT PROGRAM (SNEP) AT EDWARDS AIR FORCE BASE 7 July 2006 TABLE OF CONTENTS SECTION TITLE 1 DESCRIPTION OF SERVICES 2 SERVICE DELIVERY SUMMARY 3 GOVERNMENT FURNISHED PROPERTY/ SERVICES 4 GENERAL INFORMATION 5 APPENDICES DESCRIPTION OF SERVICES SECTION 1 1.1 Description of Services: The contractor shall provide personnel, equipment, tools, materials, supplies, vehicles, and other items and services necessary to establish a Signal to Noise Enhancement Program (SNEP) at Edwards Air Force Base (EAFB). The 95th Communication Squadron Frequency Management Office (95 CS/SCMFS) needs a measurement data and analysis process to control the associated electromagnetic spectrum encroachment, interference, and noise on EAFB. The information collected and methods used will then be routinely updated to assist in identifying and mitigating noise and interference in the future. Establishment of an ongoing program for EME data collection and analysis will allow EAFB Range to plan, budget, establish policies, and procedures to protect the range electromagnetic environment (EME). 1.2 Background: EAFB test range is experiencing an increased use of the radio frequency (RF) spectrum and adverse impacts from the increased RF noise and interference. New emission samples include low power wireless RF device proliferation, increased operational emissions, and increased spectrum usage surrounding EAFB Range. Adverse impacts are affecting the EAFB telemetry receivers, voice / data communications systems, and C-band radars systems at several range locations. 1.3 Task Description: This probe of the EAFB RF environment is the initial step in deploying a comprehensive RF environmental monitoring system. This Performance Work Statement (PWS) describes the services required as follows: a. The contractor shall measure and establishes an EME emission baseline in the 1-3 GHz portion of the frequency spectrum at specified locations on EAFB suitable for comparison with ITU-R P.372-8:2003. To capture these measurements, four (4) specific locations have been identified, by the EAFB 95 CS/SCMFS. The primary locations are buildings 1737 and 5790 and secondary locations are buildings 4785 and 8377. This probe of the EAFB Radio Frequency (RF) environment is the initial step in deploying a comprehensive RF environmental monitoring system. b. The contractor shall investigate sources of electromagnetic interference/radio frequency interference (EMI/RFI) that adversely impact site operations. The contractor shall analyze the impact of each source identified and provide recommendations and/or mitigation techniques for elimination and/or minimizing the harmful interference on the operational mission. c. The contractor shall provide quarterly reports, recommendations, and findings detailing the items stated above. d. The contractor shall develop usable methods and techniques to enable the contractor and/or the 95 CS/SCMFS to monitor the EME, detect noise floor degradation, and to identify the source of increased noise. These methods will be used to develop an effective mitigation plan for managing EAFB interference and noise EME. e. At completion of the data collection effort, the contractor shall provide a complete turn-key product, including technical reports and recommendations of the entire analysis period, to the 95 CS/CSMFS. f. The contractor shall provide system familiarization training for a minimum of two Government personnel. Government personnel shall have a working knowledge of Windows based computer systems, GFE test and measurement equipment, and MATLAB computational environment. This familiarization instruction shall include a typed/scripted document outlining each steps used to collect EME data, analyze the data to make an assessment of the present noise floor and identify occurrences of harmful interference, and development of a mitigation plan. 1.4 The above effort begins the process of monitoring and protecting the EAFB test range EME essential to data collection during flight test operations. SNEP will provide an essential quantitative data foundation for EAFB collaboration with other Government regulatory agencies on spectrum planning and the resolution of noise and interference issues. 1.5 Quality Control: The contractor shall perform this service on two primary and two alternate sites to provide the equipment that works and able to collect data that can be analyzed. The methods and processes used are in accordance with nationally recognized data collection standards. These standards were used and proven in other locations by the contractor. SERVICE DELIVERY SUMMARY SECTION 2 PERFORMANCE OBJECTIVE PWSSection PERFORMANCE THRESHOLD Method of Surveillance Sound and effective operation of data collection equipment Task Descriptions 1.3 95% of the scheduled collection time FMO will perform periodic sampling Provide accurate reporting and documentation Task Descriptions 1.3 98% of the time for all collected and validated measurement data FMO will review after data collection. GOVERNMENT FURNISHED PROPERTY AND SERVICES SECTION 3 3.1 Work Area: The government will provide the contractor with workspace within building 300, room 20. The contractor will occupy only the area required to accomplish the mission. 3.2 Utilities/Telephone: The government will furnish, without cost to the contractor, electricity, water, natural gas, and a class C telephone to be used in connection with the performance of this contract. This includes power as required at the various Antenna sites and network connectivity at those site locations. If network connectivity is NOT available at any site the contractor will be provided use of a government laptop. 3.3 Government Furnished Equipment (GFE): The government will provide equipment as identified below: All required equipment not identified must be contractor provided. · Two Spectrum Analyzers o GPIB interfaces o Frequency range 2MHz – 26GHz · 1 Desktop Computer for Analysis workstation: o Pentium 4, 3GHz o Windows XP Professional with SP2 o 1 GB RAM minimum o 2 USB ports o IEEE – 488 interface card (model TBD based on PC specifics) · Three MATLAB Version 7.0.4 (SP2) for installation on remote equipment: o Instrument Control Toolbox o Statistics Toolbox o Mapping Toolbox 3.3.1 The Government will provide all necessary facility modifications and approvals required for the installation of Contractor-provided antenna systems, transmission lines and measurement equipments. The Government recognizes that these activities have the potential to greatly influence the proposed schedule and period of performance. 3.3.2 The Government will provide all certification and accreditation documentations and approvals for the use of information technology (IT) systems, automated test and measurement systems, and unclassified computer network connections. The Government recognizes that these activities have the potential to greatly influence the proposed schedule and period of performance. GENERAL INFORMATION SECTION 4 4.1 Security Clearances: Contractor personnel will be required to possess a minimum SECRET level clearance with current background investigation. 4.2 Non-US Citizen Employee Requirement: Non-US citizens will not be allowed to perform work on this PWS.. 4.3 Security Requirement: Contractor personnel shall use the AF Form 1199, USAF Restricted Area Badge, for unescorted entry into USAF Restricted/Controlled areas on EAFB according to AFI 31-101, as supplemented. 4.4 Personnel and Vehicle Identification: The contractor shall obtain personal identifications passes for all employees and vehicle passes for all contractor and personal vehicles required to enter EAFB. 4.5 Employee Identification: Contractor personnel must be recognizable as such. They must wear badges and/or uniforms that contain the company’s name and the name of the employee. 4.6 Government Points of Contact: Primary Technical POC Clinton Gareis, 95 CS/SCMFS (661) 277-9637 Alternate Technical POC Prince Tucker, 95 CS/SCMFS (661) 277-8880 Communications Project Manager Janet Dime, 95 CG/SCCJ (661) 277-7589 4.4. Schedule: Work will commence after contract award. 4.4.1 The following is the government’s proposed timeline pertaining to installation of equipment, data collection, and processing; and are based from contract award. The contractor shall work with the government POC to establish a more specific schedule. The Government recognizes that the schedule must remain flexible to minimize conflicts with EAFB operational activities. a. Kickoff meeting and test locations facilities site survey 2 Weeks b. Contractor submits installation recommendations 1 Month c. EAFB approves installation 2 Months d. Installation at primary sites and start data collection 3 Months e. End data collection at first locations and start analysis 6 Months f. Installation at next sites and start data collection 6 Months g. Provide preliminary assessment to 95 CS/CSMFS 7 Months h. End data collection and start analysis 9 Months i. Re-install equipment at the primary sites 9 Months and restore data collection capability j. Complete analysis and produce report 11 Months with findings/recommendations k. Provide training for the 95 CS/CSMFS 11 Months o Setup and management the monitoring system o Analysis of MatLab format EME data. l. Provide status reports (at least Quarterly) 3,6,9 Months m. Program Review 6 Months n. Deliverables: 1) Technical Memorandums and Engineering Reports in Contractor format, including the report in j., as required. 2) Provide Turn Key solution to include all software, hardware and as-built drawings of the primary sites to 95 CS/CSMFS except for the GFE. 3) All Contractor provided measurement software and hardware to 95 CS/CSMFS. 4) Customized MATLAB scripting source codes (with internal documentation). 5) Configuration monitoring and documentation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/Reference-Number-F1S3AA6180A100/listing.html)
- Place of Performance
- Address: Edwards AFB
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01101117-F 20060730/060728224533 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |